R-07-11-08-10B2 - 11/8/2007 RESOLUTION NO. R-07-11-08-10B2
WHEREAS, the City of Round Rock desires to retain engineering
services for the 2006-2007 Wastewater Collection System Rehabilitation
of three sub-basins, and
WHEREAS, RJN Group, Inc. has submitted a Contract for Engineering
Services to provide said services, and
WHEREAS, the City Council desires to enter into said contract
with RJN Group, Inc. , Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a Contract for Engineering Services with RJN Group,
Inc . for the 2006-2007 Wastewater Collection System Rehabilitation of
three sub-basins, a copy of said contract being attached hereto as
Exhibit "A" and incorporated herein for all purposes .
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
RESOLVED this 8th day of November, 2
NYLE ELL, yor
City of Round Rock, Texas
ATTEST:
CHRISTINE R. MARTINEZ, City Secret y
0:\wdox\RESOLUTI\R71108B2.WPD/zmc
t
ROUND ROCK,TEXAS
P1tRMSF_PASSION,PROSPERITY
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: RJN GROUP,INC. ("Engineer")
ADDRESS: 12160 Abrams Road, Suite 400,Dallas,TX 75243
PROJECT: 2006-2007 WASTEWATER COLLECTION SYSTEM REHABILITATION
(BASINS BC20-Z,LC09-Z,AND LC17-Z)
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of , 2007 by and between the CITY OF ROUND ROCK, a Texas home-
rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas
78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of
contracting for professional engineering services.
RECITALS:
WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled
"Professional Services Procurement Act" provides for the procurement by municipalities of services of
professional engineers; and
WHEREAS, City and Engineer desire to contract for such professional engineering services; and
WHEREAS, City and Engineer wish to document their agreement concerning the requirements
and respective obligations of the parties;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable considerations, and the covenants and agreements hereinafter contained to be kept and
performed by the respective parties hereto, it is agreed as follows:
EXHIBIT
�t
Engineering Services Contract "All Rev.01/07
0199.7029; 123367 00064494
WW05REHAB67
1.
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled"City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and definite
review times by City and Engineer of all Engineering Services. Should the review times or Engineering
Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may
submit a timely written request for additional time, which shall be subject to the approval of the City
Manager.
ARTICLE 3
CONTRACT TERM
(1) Term. The Engineer is expected to complete the Engineering Services described herein in
accordance with the above described Work Schedule. If Engineer does not perform the Engineering
Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract
as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue
from day to day until such time as the Engineering Services are completed. Any Engineering Services
performed or costs incurred after the date of termination shall not be eligible for reimbursement.
Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably
anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule.
(2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance,
and agrees to undertake all necessary efforts to expedite the performance of Engineering Services
required herein so that construction of the project will be commenced and completed as scheduled. In
this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer
shall proceed with sufficient qualified personnel and consultants necessary to fully and timely
accomplish all Engineering Services required under this Contract in a professional manner.
(3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with
Engineering Services until authorized in writing by City to proceed as provided in Article 7.
2.
ARTICLE 4
COMPENSATION
City shall pay and Engineer agrees to accept the amount shown below as full compensation for
the Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract, without modification of the Contract as provided
herein, is the sum of One Hundred Sixty Thousand, Fifty-four and No/100 Dollars ($160,054.00) as
shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written
Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3.
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal funds; or
C. There is a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or
the Engineering Services performed which causes the payment to be late; or
D. The invoice is not mailed to City in strict accordance with instructions, if any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
David Freireich, P.E.
Senior Utility Engineer
212 Commerce Cove
Round Rock, Texas 78664
Telephone Number: (512) 671-2756
Fax Number: (512)218-3242
Email Address: dfreireichAround-rock.tx.us
4.
City's Designated Representative shall be authorized to act on City's behalf with respect to this
Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining
to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential
progress of Engineering Services.
Engineer's Designated Representative for purposes of this Contract is as follows:
Peter Lai, P.E.
Project Manager
12160 Abrams Road, Suite 400
Dallas, TX 75243
Telephone Number: (972)437-4300
Fax Number: (972)437-2707
Email Address: plai@rjn.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periods; and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, if any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
5.
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed in
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of
both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined in Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6.
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or(2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL,EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at its own expense, quarters for the performance of all
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required in this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
7.
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty(30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
8.
above, then the amount charged during the thirty-day notice period shall not exceed the amount charged
during the preceding thirty(30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due'to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending
9.
claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer,
its agents, or employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall
promptly make necessary revisions or corrections to its work product resulting from errors, omissions,
or negligent acts, and same shall be done without compensation. City shall determine Engineer's
responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be
relieved of responsibility for subsequent correction of any such errors or omissions in its work product,
or for clarification of any ambiguities until after the construction phase of the project has been
completed.
ARTICLE 24
ENGINEER'S SEAL
The responsible engineer shall sign, seal and date all appropriate engineering submissions to
City in accordance with the Texas Engineering Practice Act and the rules of the State Board of
Registration for Professional Engineers.
ARTICLE 25
NON-COLLUSION,FINANCIAL INTEREST PROHIBITED
(1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company
or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this
Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this Contract. For breach or violation of this warranty, City reserves and
shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to
deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee,
commission,percentage, brokerage fee, gift or contingent fee.
(2) Financial Interest Prohibited. Engineer covenants and represents that Engineer,
his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest,
direct or indirect, in the purchase or sale of any product, materials or equipment that will be
recommended or required for the construction of the project.
ARTICLE 26
INSURANCE
(1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire
term while this Contract is in effect professional liability insurance coverage in the minimum amount of
One Million Dollars per claim from a company authorized to do insurance business in Texas and
otherwise acceptable to City. Engineer shall also notify City,within twenty-four(24)hours of receipt, of
any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its
insurer.
10.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain
during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum
insurance required in Article 26, Section (1) above, including the required provisions and additional
policy conditions as shown below in Article 26, Section(3).
Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order
to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance
for the duration of this Contract, and shall have the responsibility of enforcing these insurance
requirements among its subconsultants. City shall be entitled, upon request and without expense, to
receive copies of these certificates of insurance.
(3) Insurance Policy Endorsements. Each insurance policy shall include the following
conditions by endorsement to the policy:
(a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or reduction in limits by endorsement a notice thereof shall be given to City by
certified mail to:
City Manager, City of Round Rock
221 East Main Street
Round Rock, Texas 78664
(b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by City, to any such future coverage, or to City's Self-Insured Retentions of
whatever nature.
(4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained
by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum
coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein
entitled"Certificates of Insurance."
ARTICLE 27
COPYRIGHTS
City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
11.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or
unenforceability shall not affect any other provision thereof and this Contract shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
City:
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
12.
Engineer:
Peter Lai, P.E.
Project Manager
RJN Group, Inc.
12160 Abrams Road, Suite 400
Dallas, TX 75243
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are
13.
not intended to be and shall never be construed as permitting such opinion,judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above-stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its
duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM:
By:
Nyle Maxwell, Mayor Stephan L. Sheets, City Attorney
ATTEST:
By:
Christine Martinez, City Secretary
RJN GROUP, INC.
By:
Printed Name: LST ' ,.L
Title: /�R`N e-ff, 4,
14.
LIST OF EXHIBITS ATTACHED
(1) Exhibit A City Services
(2) Exhibit B Engineering Services
(3) Exhibit C Work Schedule
(4) Exhibit D Fee Schedule
(5) Exhibit E Certificates of Insurance
15.
Exhibit A
City Services
The City of Round Rock will furnish to the Engineer the//following items/information:
1. Designate a person to act as the Owner's representative with respect to services to be rendered
under this contract. Such person shall have complete authority to transmit instructions, receive
information, and interpret and define Owner/s policies and decisions.
2. Provide all criteria and full information as to the Owner's requirements for the project, including
design objectives and constraints, space, capacity and performance requirements, and any
budgetary limitations; and furnish copies of all design and construction standards to include
standards for manhole construction, which Owner will require to be included in the project.
3. Place at the Engineer's disposal all available information including previous reports and any other
data relative to design or construction of the project.
4. Arrange for access to and make provisions for Engineer and their Sub-consultants to enter upon
public and private property as required for Engineer to perform the services under this contract.
5. Examine all studies, reports, sketches, drawings specifications, proposals and other documents
presented by the Engineer, and render in writing decisions pertaining thereto within a reasonable
time so as not to delay the services of the Engineer.
6. Furnish approvals and permits for all governmental authorities having jurisdiction over the Project
and such approvals and consent from others as may be necessary for completion of the project.
Pay all fees associated with approvals and permits.
7. Give prompt notice to the Engineer whenever Owner observes or otherwise becomes aware of any
development that affects the scope or timing of Engineer's services.
8. Secure easements (using documents prepared by Engineer) as required for construction of the
project.
Exhibit B
Engineering Services
This scope includes the final design, bidding assistance, and construction administration assistance for
rehabilitation of the wastewater collection system in Basins BC20-Z, LC09-Z, and LC 17-Z. The estimated
schedule of repairs includes 190 manhole defects, 41 point repairs, and 6,600 linear feet of sewer replacement for
an estimated construction cost of 51,611,000. A description of the rehabilitation is shown on Table B-1 following
this Attachment.
Engineering Design,Bidding Assistance and Construction Engineering Assistance
Item 1. Basic Services
A. Project Administration and Management
1. Perform project initiation activities.
2. Perform general administration and project management including meetings with City staff
as necessary.
3. Procure subcontractors for such work as topographic surveying and easement document
preparation.
4. Obtain right of entry agreements from property owners with wastewater lines requiring
replacement located in easements in their rear yards. Right-of-entry agreements will be
available in both English and Spanish.
B. Preliminary Plan Sheets
1. Coordinate with utility companies to have existing utilities located both on the ground and on
the design sheets.
2. Perform as-built and right-of-way research for each site.
3. Review the data base provided by the surveyor to ensure standards are met. Perform any
clean-up that may be required.
4. Prepare preliminary plan sheets for all lines that require point repairs and plan and profile
sheets for lines that require replacement. Walk each point repair and replacement to verify
all visible improvements were located and are shown on the drawings.
5. Submit preliminary design plans to the City for review. Meet with the City to review the
preliminary submittal.
C. Final Plans, Specifications and Estimates
1. Prepare final design plans based on the review of the City and discussions with the Engineer.
2. Review selective computer output reports from the Manhole Inspection Program to
determine I/I sources to be rehabilitated.
3. Evaluate site specific manhole repair alternatives including cover type, grade adjustments,
sealing techniques,manhole interior repairs, and/or manhole replacement.
4. Using ENGINEER's basic specifications, prepare project specifications which shall include
but not be limited to: (1)bidding documents, (2)contractual documents, (3) conditions of
the contract, (4)standard project forms, (5)technical specifications, (6) Schedule of Manhole
Rehabilitation, (7)Location Map and(8)General Details.
5. Prepare ENGINEER's Opinion of Probable Construction Cost.
6. Submit three (3)copies of the draft specifications to the City for review.
7. Perform final changes to the specifications based on City review.
8. Submit three (3) hard copies and an electronic copy (MicroStation) of the final contract
documents to the City.
Item II. Special Services
A. Contract Services
For the purpose of the cost proposal, it is anticipated that one (1) construction contract will be bid.
The contract bid shall include manhole rehabilitation and sewer line repairs.
1. Assist the City in advertising, obtaining, and evaluating Bid Proposals for the construction
contract and awarding thereof. Provide assistance to the City in responding to bidder
inquiries during advertisement of the construction contract, and participate in project pre-
bid conference.
Provide and distribute bidding documents and addendum. Non-refunded bid deposits shall
remain the property of the ENGINEER for administrative,printing, and handling cost.
2. Assist the City in reviewing the bids for completeness and accuracy. Develop bid
tabulations and submit a written recommendation of contract award to the City along with
three(3)copies of the bid tabulations.
3. Consult with and advise the City on the responsibility and responsiveness of contractors,
the acceptability of subcontractors, substitute materials, and equipment proposed by the
project bidders.
4. Provide the successful bidder(s) with five (5) sets of the contract specifications for
execution and the insertion of the required insurance certificates. Provide the successful
bidder(s)with five(5)sets of the contract documents for construction purposes.
5. Assist the City in conducting a pre-construction conference with the Contractors by
notifying utilities, governmental agencies, and other interested parties, and answer
questions at the conference.
6. Review shop drawings, scheduling, test results, and other submittals that the Contractor is
required to submit.
7. Provide 12 site visits for observation for sewer and manhole rehabilitation construction for
general conformance to the contract drawings and contract specifications. Times of
observation will be coordinated with the City.
8. Review and prepare any change orders proposed by the Contractor and provide
recommendations to the City.
9. Provide the City with two (2) sets of black line prints and an electronic copy
(MicroStation) of the record drawings. City will provide mark-ups for producing the
record drawings.
B. Additional Services
1. Conduct horizontal and vertical control survey necessary for design of the project.
2. Provide the City with the technical information for location of the easements, if any,
required for construction of the project. Information will include width and general
location of the easements, and distances from the property lines. Property line information
shall be obtained from existing maps provided by the City to the ENGINEER. After
approval by the City, the ENGINEER will prepare and issue legal description of
easements. The City will secure easements as necessary. Four easements are included.
3. Communicate with Texas Commission on Environmental Quality (TCEQ) in accordance
with the Edwards Aquifer Rules to include preparing a clarification request exempting the
City of Round Rock from preparing a recharge/ transition zone plan and permit for
wastewater collection system rehabilitation construction. Any fees required by the TCEQ
will be the responsibility of the City. If determined by the TCEQ that a plan and permit are
required, the ENGINEER and any special services, such as geotechnical, required to
complete the plan and permit will be compensated at the rate schedule attached and at a
negotiated fee for special services.
4. Design the wastewater collections system improvements to meet the requirements found in
30 TAC Chapter 317, "Design Criteria for Sewerage Systems" and the requirements set
forth in the Edwards Aquifer Rule(RG-349) Section 3.3.1.2.1.
5. Prepare necessary permits for railroad crossings and highway crossing as required. One is
anticipated for this contract.
6. Prepare a Storm Water Pollution Prevention Plan in accordance with EPA's NPDES
requirements for construction activities. One plan will be developed for the project as a
whole and not for specific work locations. The plan will be based upon guidelines set forth
by the TCEQ.
Table 1 - Schedule of Repairs
Basins BC20-Z,LC09-Z,and LC17-Z
Description Number Estimated Estimated
Defects/Repairs Construction Cost Capital Cost
Manhole Defects 190 $ 95,000.00 $ 123,500.00
Line replacement 6600 $ 15188,000.00 $ 1,5441400.00
Point Repairs 41 $ 328,000.00 $ 426,400.00
TOTAL $ 196119000.00 $ 250949300.00
Exhibit C
Work Schedule
The City and ENGINEER agree that the project is planned for completion according to the
schedule below with anticipated Notice to Proceed in October 2007.
Major Tasks Completion Date
Draft Plans/Specifications February 28, 2008
Final Plans/Specifications March 31, 2008
Bidding and Award April 30, 2008
Construction Start June 1, 2008
Construction Completion March 1, 2009
The ENGINEER shall employ manpower and other resources and use professional skill and diligence
to meet the schedule; however, he shall not be responsible for schedule delays resulting from conditions
beyond his control. With mutual agreement, the City and the ENGINEER may modify the project
schedule during the course of the project and if such modifications affect the ENGINEER's compensation,
it shall be modified accordingly, subject to City approval.
Exhibit D
Fee Schedule
Unit Costs Cost
Task Description Unit ($) ($)
Basic Services
Proj ect
Administration/Management 1 LS 115000 11,000
Wastewater Line Design
(pt. repairs/replacement) 1 LS 645854 64,854
Manhole Rehabilitation Design 1 LS 51800 5,800
Total Basic Services 81,654
Special Services
Contract Services 1 LS 193,500 19,500
Other Services
Survey 1 LS 485000 48,000
Easement 2 EA 19200 2,400
TCEQ Requirements (In
accordance with Scope Item
II.B.2) 1 LS 25,000 25000
Permits (2 EA) 2 EA 15000 2,000
SW' 1 LS 4,500 4,500
Subtotal Special Services 78.400
Total Cost Not-to-Exceed $1601054
CITY OF ROUND ROCK AGREEMENT FOR ENGINEERING SERVICES WITH
RJN Group, Inc.
EXHIBIT D
FEE SCHEDULE
Wastewater Collection System Rehabilitation - Basins BC20-Z, LC09-Z, and LC17-Z
HOURS
Registered AutoCAD
Corporate Professional Project Design Field
Description Officer Engineer Manager Tech-Sr. Manager Admin Total
DESIGN PHASE
Project Administration/Management 4 24 30 4 14 76
Preparation of Plans and Specifications 16 194 68 366 12 28 684
Prepare Bid Quantities 2 24 12 2 12 52
Prepare Pre-Design and Final Design Estimates 2 18 4 2 26
Subtotal-Design Phase 24 260 114 368 16 56 838
BIDDING PHASE
Attend Pre-Bid/Construction Conference 10 8 1 19
Review Bids Received for Completeness and
Accuracy; Prepare Detailed Bid Tabulations 4 1 1 6
Make Recommendation for Bid Award; Prepare
Notice of Award 2 1 1 4
Prepare Seven Sets of Final Contract
Documents 2 2 4
Subtotal -Bidding Phasel 0 1 18 12 0 0 3 33
CONSTRUCTION PHASE
Provide Periodic Construction Inspection
Services to Assure Compliance with Plans and
Specifications 64 6 70
Attend Construction Meetings as Requested by
City 22 7 1 30
Review and make Recommendations to City on
Submittals, Pay Requests and Change Orders 10 6 1 17
Punchlist the Project when Contractor Requests
Consideration for Acceptance. Sign off on
Complete Punchlist 4 1 5
Prepare and Submit a Plan of Record for the
Completed Project 6 2 20 1 29
Subtotal -Construction Phase 0 106 22 20 0 3 151
OTHER SERVICES
Permits (Highway, Railroad) 12 4 6
6 28
Regulatory Requirements(TCEQ, Stormwater) 4 28 8 12 20 72
Subtotal -Other Sevices 4 40 12 18 0 26 100
LABOR 28 424 160 406 16 88 1122
Wastewater Collection System Rehabilitation
- Basins BC20-Z, LC09-Z, and LC17-Z
HOURLY SUMMARY SHEET
DESIGN PHASE Hours* Salary* Direct Labor Cost*
Corporate Officer 24 $ 60.00 $ 1,440.00
Registered Professional Engineer 260 $ 31.67 $ 8,233.33
Project Manager 114 $ 41.67 $ 4,750.00
AutoCAD Design Tech -Sr. 368 $ 23.33 $ 8,586.67
Field Manager 16 $ 25.00 $ 400.00
Admin Personnel 56 $ 15.00 $ 840.00
Subtotal 838 $ 24,250.00
BIDDING PHASE Hours* Salary* Direct Labor Cost*
Corporate Officer 0 $ 60.00 $ -
Registered Professional Engineer 18 $ 31.67 $ 570.00
Project Manager 12 $ 41.67 $ 500.00
AutoCAD Design Tech-Sr. 0 $ 23.33 $ -
Field Manager 0 $ 25.00 $ -
Admin Personnel 3 $ 15.00 $ 45.00
Subtotal 33 $ 1,115.00
CONSTRUCTION PHASE Hours* Salary* Direct Labor Cost*
Corporate Officer 0 $ 60.00 $ -
Registered Professional Engineer 106 $ 31.67 $ 3,356.67
Project Manager 22 $ 41.67 $ 916.67
AutoCAD Design Tech-Sr. 20 $ 23.33 $ 466.67
Field Manager 0 $ 25.00 $ -
Admin Personnel 3 $ 15.00 $ 45.00
Subtotal 151 $ 4,785.00
OTHER SERVICES Hours* Salary* Direct Labor Cost*
Corporate Officer 4 $ 60.00 $ 240.00
Registered Professional Engineer 40 $ 31.67 $ 1,266.67
Project Manager 12 $ 41.67 $ 500.00
AutoCAD Design Tech-Sr. 18 $ 23.33 $ 420.00
Field Manager 0 $ 25.00 $ -
Admin Personnel 26 $ 15.00 $ 390.00
Subtotal 100 $ 29816.67
Direct Labor $ 32,966.67
*Estimates for the purpose of computing labor costs.
Wastewater Collection System Rehabilitation - Basins BC20-Z, LC09-Z, and LC17-Z
MAXIMUM COST
Overhead Total Labor+ Fixed Fee
Labor Cost Labor 188% Overhead 12% Total Cost
DESIGN PHASE $ 24,250 $ 45,590.00 $ 69,840 $ 2,910 $ 72,750
BIDDING PHASE $ 1,115 $ 2,096.20 $ 3,211 $ 134 $ 3,345
CONSTRUCTION PHASE $ 4,785 $ 8,995.80 $ 13,781 $ 574 $ 14,355
OTHER SERVICES $ 2,817 $ 5,295.33 $ 8,112 $ 338 $ 8,450
Direct Costs(surve ,etc.): $53,154
Expenses: Rate Quantity Total
Reproduction $ 2,000
Copies- 11x17
Mileage/Misc. $ 6,000
Mail &Deliveries
Total Expenses $ 8,000
Total Direct Costs $ 61,154
Maximum Cost $ 160,054
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
CERTIFICATE OF LIABILITY INSURANCE Date: October 18,2007
TDI number required.Please refer to the
PRODUCER: Texas Dept of insurance website: http:17www.tdI.state.tx.us/
Hub Intent tional Midwest Limited
55 East Jackson Boulevard
Chicago.IL 60604 COMPANIES AFFORDING COVERAGE TDI
Phone:312-279-4618 E-mail: Hartford Fre Insurance Co
Barbara.fn!z(n�hubintemational.com A 38550
INSURED: B
Hartford Casualty Insurance Co. 38525
RJN Group,Inc. ED Hartford Insurance Group 38525
200 West Front Street
Wheaton,IL 60187 Essex Insurance Company 101053
Phone: E-mail:
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described,for the types of insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below,
CO TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS
LTR INSURANCE NUMBER DATE DATE
A GENERAL LIABILITY 83UUNAH1317 8-01-07 8-01-08 GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OPAGG. $ 1,000,000
PERSONAL&ADV INJURY $ 1.000.000
EACH OCCURRENCE $ 11000,000
FIRE DAMAGE(Any one fire) $ 300,000
MED.,EXPENSE(Anyone person) $ 10 000
A AUTOMOBILE LIABILITY 83UENAJ1418 8-01-07 8-01-08 COMBINED SINGLE LIMIT $ 1,000,000
BODILY INJURY(Per person) $
BODILY INJURY(Per accident) $
PROPERTY DAMAGE $
B EXCESS LIABILITY 83XHUAJ1106 8-01-07 8-01-08 EACH OCCURRENCE $10,000,000
AGGREGATE $10,000,000
C WORKERS'COMPENSATION 83WEPL1585 8-01-07 8-01-08
AND EMPLOYERS'LIABILITY EACH ACCIDENT $ 500, 0 `
DISEASE-POLICY LIMIT $ 500,000
DISEASE-EACH EMPLOYEE $ 500,000
D PROFESSIONAL LIABILITY 08CPL00327 8-01-07 8.01-08
$1,000,000 Each Occurrence
-2,000,000 General Aggregate
S50.000 Retention
BUILDERS'RISK INSURANCE OR INSTALLATION INSURANCE
i
DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS j
Project: 2006.2007 Wastewater Collection System Rehabilitation—Basins BC20-Z LC09-Z and LC17-Z i
I
t
The City of Round Rock is named as additional insured with respect to ailolicies ex I
p sept `Workers Compensation and Employers
Liability' and 'Professional Liability% Should any of the above described policies be cancelled or changed before the expiration
thereof,the Issuing company will mail thirty(30)days written notice to the certificate holder named below..
CERTIFICATE HOLDER: City Manager
City of Round Rock SIG REO AGENT LICENS IN STATE OF TEXAS
221 E.Main Street
Round Rock,Texas 78664
T ed Name: Barbara Fritr
Title: Associate Account Manager
Page 1 <
120390—8/2007 Certificate of'Liability Insurance
i
3406
I
T9
79 '
620 Y
-' 45 45
CITY OF ROUND ROCK
SUB-B"NS SC22, LC091 & LC17 nxs
N
DATE: November 1, 2007
SUBJECT: City Council Meeting - November 8, 2007
ITEM: 1OB2. Consider a resolution authorizing the Mayor to execute a Contract
for Engineering Services with RJN Group, Inc. for the 2006-2007
Wastewater Collection System Rehabilitation of three sub-basins.
Department: Water and Wastewater Utilities
Staff Person: Michael Thane, P.E., Director of Utilities
Justification:
The City is required to continue this program in order to comply with the TCEQ's Edwards
Aquifer Recharge Zone Protection Program requirements. This contract is to develop
construction plans and specifications to rehabilitate the wastewater collection system in
three sub-basins. The elimination of defects will not only help to protect the Edwards
Aquifer, but will also reduce inflow and infiltration entering the City's Wastewater Collection
System, thereby reducing the City's treatment cost through LCRA and BRA, who own and
operate the Brushy Creek Regional Wastewater Treatment Plant respectively.
Funding:
Cost: $160,054
Source of funds: Self Financed Utility Fund (F260)
Outside Resources: RJN Group, Inc.
Background Information:
In May 2006, RJN Group was retained by the City to conduct an Inflow & Infiltration (I&I)
Study of Basins BC20-Z, LC09-Z, and LC17-Z. The scope of services consisted of intensive
survey activities including manhole inspection, smoke testing, dyed water flooding, and
internal television inspection. At the completion of the evaluation study, a recommended
plan to reduce I&I during a 5-year storm event and to reduce maintenance repairs in the
three basins was prepared by RJN. The schedule of repairs includes 155 manholes, 41 point
repairs, and 6,600 linear feet of sewer replacement for an estimated construction cost of
$1,902,300.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
ROUND ROCK,TEXAS
IIOE
R%SSION,YROSf'LRITY
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: RJN GROUP,INC. ("Engineer")
ADDRESS: 12160 Abrams Road, Suite 400,Dallas, TX 75243
PROJECT: 2006-2007 WASTEWATER COLLECTION SYSTEM REHABILITATION
(BASINS BC20-Z,LC09-Z,AND LC17-Z)
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of '-WE — , 2007 by and between the CITY OF ROUND ROCK, a Texas home-
rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas
78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of
contracting for professional engineering services.
RECITALS:
WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled
"Professional Services Procurement Act" provides for the procurement by municipalities of services of
professional engineers; and
WHEREAS, City and Engineer desire to contract for such professional engineering services; and
WHEREAS, City and Engineer wish to document their agreement concerning the requirements
and respective obligations of the parties;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable considerations, and the covenants and agreements hereinafter contained to be kept and
performed by the respective parties hereto, it is agreed as follows:
Engineering Services Contract Rev.01/07
0199.7029; 123367 00064494
WW05REHAB67
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled"City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and definite
review times by City and Engineer of all Engineering Services. Should the review times or Engineering
Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may
submit a timely written request for additional time, which shall be subject to the approval of the City
Manager.
ARTICLE 3
CONTRACT TERM
(1) Term. The Engineer is expected to complete the Engineering Services described herein in
accordance with the above described Work Schedule. If Engineer does not perform the Engineering
Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract
as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue
from day to day until such time as the Engineering Services are completed. Any Engineering Services
performed or costs incurred after the date of termination shall not be eligible for reimbursement.
Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably
anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule.
(2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance,
and agrees to undertake all necessary efforts to expedite the performance of Engineering Services
required herein so that construction of the project will be commenced and completed as scheduled. In
this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer
shall proceed with sufficient qualified personnel and consultants necessary to fully and timely
accomplish all Engineering Services required under this Contract in a professional manner.
(3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with
Engineering Services until authorized in writing by City to proceed as provided in Article 7.
2.
ARTICLE 4
COMPENSATION
City shall pay and Engineer agrees to accept the amount shown below as full compensation for
the Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract, without modification of the Contract as provided
herein, is the sum of One Hundred Sixty Thousand, Fifty-four and No/100 Dollars ($160,054-00) as
shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written
Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3.
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal funds; or
C. There is a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or
the Engineering Services performed which causes the payment to be late; or
D. The invoice is not mailed to City in strict accordance with instructions, if any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
David Freireich, P.E.
Senior Utility Engineer
212 Commerce Cove
Round Rock, Texas 78664
Telephone Number: (512) 671-2756
Fax Number: (512)218-3242
Email Address: dfreireichAround-rock.tx.us
4.
City's Designated Representative shall be authorized to act on City's behalf with respect to this
Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining
to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential
progress of Engineering Services.
Engineer's Designated Representative for purposes of this Contract is as follows:
Peter Lai, P.E.
Project Manager
12160 Abrams Road, Suite 400
Dallas, TX 75243
Telephone Number: (972)437-4300
Fax Number: (972)437-2707
Email Address: plai@rjn.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periods; and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, if any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
5.
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed in
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of
both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined in Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6.
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or(2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL,EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at its own expense, quarters for the performance of all
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required in this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
7.
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty(30)days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
8.
above, then the amount charged during the thirty-day notice period shall not exceed the amount charged
during the preceding thirty(30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending
9.
claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer,
its agents, or employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall
promptly make necessary revisions or corrections to its work product resulting from errors, omissions,
or negligent acts, and same shall be done without compensation. City shall determine Engineer's
responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be
relieved of responsibility for subsequent correction of any such errors or omissions in its work product,
or for clarification of any ambiguities until after the construction phase of the project has been
completed.
ARTICLE 24
ENGINEER'S SEAL
The responsible engineer shall sign, seal and date all appropriate engineering submissions to
City in accordance with the Texas Engineering Practice Act and the rules of the State Board of
Registration for Professional Engineers.
ARTICLE 25
NON-COLLUSION,FINANCIAL INTEREST PROHIBITED
(1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company
or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this
Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this Contract. For breach or violation of this warranty, City reserves and
shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to
deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee,
commission, percentage,brokerage fee, gift or contingent fee.
(2) Financial Interest Prohibited. Engineer covenants and represents that Engineer,
his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest,
direct or indirect, in the purchase or sale of any product, materials or equipment that will be
recommended or required for the construction of the project.
ARTICLE 26
INSURANCE
(1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire
term while this Contract is in effect professional liability insurance coverage in the minimum amount of
One Million Dollars per claim from a company authorized to do insurance business in Texas and
otherwise acceptable to City. Engineer shall also notify City, within twenty-four(24)hours of receipt, of
any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its
insurer.
10.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain
during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum
insurance required in Article 26, Section (1) above, including the required provisions and additional
policy conditions as shown below in Article 26, Section(3).
Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order
to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance
for the duration of this Contract, and shall have the responsibility of enforcing these insurance
requirements among its subconsultants. City shall be entitled, upon request and without expense, to
receive copies of these certificates of insurance.
(3) Insurance Policy Endorsements. Each insurance policy shall include the following
conditions by endorsement to the policy:
(a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or reduction in limits by endorsement a notice thereof shall be given to City by
certified mail to:
City Manager, City of Round Rock
221 East Main Street
Round Rock, Texas 78664
(b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by City, to any such future coverage, or to City's Self-Insured Retentions of
whatever nature.
(4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained
by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum
coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein
entitled"Certificates of Insurance."
ARTICLE 27
COPYRIGHTS
City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
11.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or
unenforceability shall not affect any other provision thereof and this Contract shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
City:
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
12.
Engineer:
Peter Lai, P.E.
Project Manager
RJN Group, Inc.
12160 Abrams Road, Suite 400
Dallas, TX 75243
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are
13.
not intended to be and shall never be construed as permitting such opinion,judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above-stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its
duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF O K XA APP ED AS TO F RM:
By: , 3 c
le M xwell, Mayor Steph . Sheets, City Attorney
ATTEST:
By:
Christine Martinez, City Secretary
RJN GROUP, INC.
By:
Printed Name: j5die ZAC
Title: /�,Q`�G��AL_
14.
LIST OF EXHIBITS ATTACHED
(1)Exhibit A City Services
(2) Exhibit B Engineering Services
(3) Exhibit C Work Schedule
(4) Exhibit D Fee Schedule
(5) Exhibit E Certificates of Insurance
15.
Exhibit A
City Services
The City of Round Rock will furnish to the Engineer the//following items/information:
1. Designate a person to act as the Owner's representative with respect to services to be rendered
under this contract. Such person shall have complete authority to transmit instructions, receive
information, and interpret and define Owner/s policies and decisions.
2. Provide all criteria and full information as to the Owner's requirements for the project, including
design objectives and constraints, space, capacity and performance requirements, and any
budgetary limitations; and furnish copies of all design and construction standards to include
standards for manhole construction,which Owner will require to be included in the project.
3. Place at the Engineer's disposal all available information including previous reports and any other
data relative to design or construction of the project.
4. Arrange for access to and make provisions for Engineer and their Sub-consultants to enter upon
public and private property as required for Engineer to perform the services under this contract.
5. Examine all studies, reports, sketches, drawings specifications, proposals and other documents
presented by the Engineer, and render in writing decisions pertaining thereto within a reasonable
time so as not to delay the services of the Engineer.
6. Furnish approvals and permits for all governmental authorities having jurisdiction over the Project
and such approvals and consent from others as may be necessary for completion of the project.
Pay all fees associated with approvals and permits.
7. Give prompt notice to the Engineer whenever Owner observes or otherwise becomes aware of any
development that affects the scope or timing of Engineer's services.
8. Secure easements (using documents prepared by Engineer) as required for construction of the
project.
Exhibit B
Engineering Services
This scope includes the final design, bidding assistance, and construction administration assistance for
rehabilitation of the wastewater collection system in Basins BC20-Z, LC09-Z, and LC 17-Z. The estimated
schedule of repairs includes 190 manhole defects, 41 point repairs, and 6,600 linear feet of sewer replacement for
an estimated construction cost of$1,611,000. A description of the rehabilitation is shown on Table B-1 following
this Attachment.
Engineering Design,Bidding Assistance and Construction Engineering Assistance
Item 1. Basic Services
A. Project Administration and Management
1. Perform project initiation activities.
2. Perform general administration and project management including meetings with City staff
as necessary.
3. Procure subcontractors for such work as topographic surveying and easement document
preparation.
4. Obtain right of entry agreements from property owners with wastewater lines requiring
replacement located in easements in their rear yards. Right-of-entry agreements will be
available in both English and Spanish.
B. Preliminary Plan Sheets
1. Coordinate with utility companies to have existing utilities located both on the ground and on
the design sheets.
2. Perform as-built and right-of-way research for each site.
3. Review the data base provided by the surveyor to ensure standards are met. Perform any
clean-up that may be required.
4. Prepare preliminary plan sheets for all lines that require point repairs and plan and profile
sheets for lines that require replacement. Walk each point repair and replacement to verify
all visible improvements were located and are shown on the drawings.
5. Submit preliminary design plans to the City for review. Meet with the City to review the
preliminary submittal.
C. Final Plans, Specifications,and Estimates
1. Prepare final design plans based on the review of the City and discussions with the Engineer.
2. Review selective computer output reports from the Manhole Inspection Program to
determine I/I sources to be rehabilitated.
3. Evaluate site specific manhole repair alternatives including cover type, grade adjustments,
sealing techniques,manhole interior repairs,and/or manhole replacement.
4. Using ENGINEER's basic specifications, prepare project specifications which shall include
but not be limited to: (1)bidding documents, (2)contractual documents, (3) conditions of
the contract, (4) standard project forms, (5)technical specifications, (6) Schedule of Manhole
Rehabilitation,(7)Location Map and(8)General Details.
5. Prepare ENGINEER's Opinion of Probable Construction Cost.
6. Submit three (3)copies of the draft specifications to the City for review.
7. Perform final changes to the specifications based on City review.
8. Submit three (3) hard copies and an electronic copy (MicroStation) of the final contract
documents to the City.
Item Il. Special Services
A. Contract Services
For the purpose of the cost proposal, it is anticipated that one (1) construction contract will be bid.
The contract bid shall include manhole rehabilitation and sewer line repairs.
1. Assist the City in advertising, obtaining, and evaluating Bid Proposals for the construction
contract and awarding thereof. Provide assistance to the City in responding to bidder
inquiries during advertisement of the construction contract, and participate in project pre-
bid conference.
Provide and distribute bidding documents and addendum. Non-refunded bid deposits shall
remain the property of the ENGINEER for administrative,printing,and handling cost.
2. Assist the City in reviewing the bids for completeness and accuracy. Develop bid
tabulations and submit a written recommendation of contract award to the City along with
three(3)copies of the bid tabulations.
3. Consult with and advise the City on the responsibility and responsiveness of contractors,
the acceptability of subcontractors, substitute materials, and equipment proposed by the
project bidders.
4. Provide the successful bidder(s) with five (5) sets of the contract specifications for
execution and the insertion of the required insurance certificates. Provide the successful
bidder(s)with five(5)sets of the contract documents for construction purposes.
5. Assist the City in conducting a pre-construction conference with the Contractors by
notifying utilities, governmental agencies, and other interested parties, and answer
questions at the conference.
6. Review shop drawings, scheduling, test results, and other submittals that the Contractor is
required to submit.
7. Provide 12 site visits for observation for sewer and manhole rehabilitation construction for
general conformance to the contract drawings and contract specifications. Times of
observation will be coordinated with the City.
8. Review and prepare any change orders proposed by the Contractor and provide
recommendations to the City.
9. Provide the City with two (2) sets of black line prints and an electronic copy
(MicroStation) of the record drawings. City will provide mark-ups for producing the
record drawings.
B. Additional Services
1. Conduct horizontal and vertical control survey necessary for design of the project.
2. Provide the City with the technical information for location of the easements, if any,
required for construction of the project. Information will include width and general
location of the easements, and distances from the property lines. Property line information
shall be obtained from existing maps provided by the City to the ENGINEER. After
approval by the City, the ENGINEER will prepare and issue legal description of
easements. The City will secure easements as necessary. Four easements are included.
3. Communicate with Texas Commission on Environmental Quality (TCEQ) in accordance
with the Edwards Aquifer Rules to include preparing a clarification request exempting the
City of Round Rock from preparing a recharge/ transition zone plan and permit for
wastewater collection system rehabilitation construction. Any fees required by the TCEQ
will be the responsibility of the City. If determined by the TCEQ that a plan and permit are
required, the ENGINEER and any special services, such as geotechnical, required to
complete the plan and permit will be compensated at the rate schedule attached and at a
negotiated fee for special services.
4. Design the wastewater collections system improvements to meet the requirements found in
30 TAC Chapter 317, "Design Criteria for Sewerage Systems" and the requirements set
forth in the Edwards Aquifer Rule(RG-349) Section 3.3.1.2.1.
5. Prepare necessary permits for railroad crossings and highway crossing as required. One is
anticipated for this contract.
6. Prepare a Storm Water Pollution Prevention Plan in accordance with EPA's NPDES
requirements for construction activities. One plan will be developed for the project as a
whole and not for specific work locations. The plan will be based upon guidelines set forth
by the TCEQ.
Table 1 - Schedule of Repairs
Basins BC20-Z,LC09-Z,and LC17-Z
Description Number Estimated Estimated
Defects/Repairs Construction Cost Capital Cost
Manhole Defects 190 $ 9500.00 $ 123,500.00
Line replacement 6600 $ 15188,000.00 $ 155445400.00
Point Repairs 41 $ 328,000.00 $ 426,400.00
TOTAL $ 1,611,000.00 $ 290949300.00
Exhibit C
Work Schedule
The City and ENGINEER agree that the project is planned for completion according to the
schedule below with anticipated Notice to Proceed in October 2007.
Major Tasks Completion Date
Draft Plans/Specifications February 28, 2008
Final Plans/Specifications March 31, 2008
Bidding and Award April 30, 2008
Construction Start June 1, 2008
Construction Completion March 1, 2009
The ENGINEER shall employ manpower and other resources and use professional skill and diligence
to meet the schedule; however, he shall not be responsible for schedule delays resulting from conditions
beyond his control. With mutual agreement, the City and the ENGINEER may modify the project
schedule during the course of the project and if such modifications affect the ENGINEER's compensation,
it shall be modified accordingly, subject to City approval.
Exhibit D
Fee Schedule
Unit Costs Cost
Task Description Unit ($) ($)
Basic Services
Project
Administration/Management 1 LS 11,000 11,000
Wastewater Line Design
(pt. repairs/replacement) 1 LS 64,854 64,854
Manhole Rehabilitation Design 1 LS 55800 5,800
Total Basic Services 81,654
Special Services
Contract Services 1 LS 195500 191,500
Other Services
Survey 1 LS 48,000 481000
Easement 2 EA 1,200 25400
TCEQ Requirements (In
accordance with Scope Item
II.B.2) 1 LS 2,000 25000
Permits (2 EA) 2 EA 15000 2,000
SWP 1 LS 41,500 4,500
Subtotal Special Services 78 400
Total Cost Not-to-Exceed $160,054
CITY OF ROUND ROCK AGREEMENT FOR ENGINEERING SERVICES WITH
RJN Group, Inc.
EXHIBIT D
FEE SCHEDULE
Wastewater Collection System Rehabilitation - Basins BC20-Z, LC09-Z, and LC17-Z
HOURS
Registered AutoCAD
Corporate Professional Project Design Field
Description Officer Engineer Manager Tech-Sr. Manager Admin Total
DESIGN PHASE
Project Administration/Management 4 24 30 4 14 76
Preparation of Plans and Specifications 16 194 68 366 12 28 684
Prepare Bid Quantities 2 24 12 2 12 52
Prepare Pre-Design and Final Design Estimates 2 18 4 2 26
Subtotal -Design Phase 24 260 114 368 16 56 838
BIDDING PHASE
Attend Pre-Bid/Construction Conference 10 8 1 19
Review Bids Received for Completeness and
Accuracy; Prepare Detailed Bid Tabulations 4 1 1 6
Make Recommendation for Bid Award; Prepare
Notice of Award 2 1 1 4
Prepare Seven Sets of Final Contract
Documents 2 2 4
Subtotal -Bidding Phase 0 1 18 1 12 0 0 3 33
CONSTRUCTION PHASE
Provide Periodic Construction Inspection
Services to Assure Compliance with Plans and
Specifications 64 6 70
Attend Construction Meetings as Requested by
City 22 7 1 30
Review and make Recommendations to City on
Submittals, Pay Requests and Change Orders 10 6 1 17
Punchlist the Project when Contractor Requests
Consideration for Acceptance. Sign off on
Complete Punchlist 4 1 5
Prepare and Submit a Plan of Record for the
Completed Project 6 2 20 1 29
Subtotal -Construction Phase 0 106 22 20 0 3 151
OTHER SERVICES
Permits(Highway, Railroad) 12 4 6
6 28
.Regulatory Requirements (TCEQ, Stormwater) 4 28 8 12 20 72
Subtotal -Other Sevices 4 40 12 18 0 26 100
LABORI 28 424 160 406 16 88 1122
Wastewater Collection System Rehabilitation
- Basins BC20-Z, LC09-Z, and LC17-Z
HOURLY SUMMARY SHEET
DESIGN PHASE Hours* Salary* Direct Labor Cost*
Corporate Officer 24 $ 60.00 $ 1,440.00
Registered Professional Engineer 260 $ 31.67 $ 8,233.33
Project Manager 114 $ 41.67 $ 4,750.00
AutoCAD Design Tech-Sr. 368 $ 23.33 $ 8,586.67
Field Manager 16 $ 25.00 $ 400.00
Admin Personnel 56 $ 15.00 $ 840.00
Subtotal 838 $ 24,250.00
BIDDING PHASE Hours* Salary* Direct Labor Cost*
Corporate Officer 0 $ 60.00 $ -
Registered Professional Engineer 18 $ 31.67 $ 570.00
Project Manager 12 $ 41.67 $ 500.00
AutoCAD Design Tech-Sr. 0 $ 23.33 $ -
Field Manager 0 $ 25.00 $ -
Admin Personnel 3 $ 15.00 $ 45.00
Subtotal 33 $ 1,115.00
CONSTRUCTION PHASE Hours* Salary* Direct Labor Cost*
Corporate Officer 0 $ 60.00 $ -
Registered Professional Engineer 106 $ 31.67 $ 3,356.67
Project Manager 22 $ 41.67 $ 916.67
AutoCAD Design Tech-Sr. 20 $ 23.33 $ 466.67
Field Manager 0 $ 25.00 $ -
Admin Personnel 3 $ 15.00 $ 45.00
Subtotal 151 $ 4,785.00
OTHER SERVICES Hours* Salary* Direct Labor Cost*
Corporate Officer 4 $ 60.00 $ 240.00
Registered Professional Engineer 40 $ 31.67 $ 1,266.67
Project Manager 12 $ 41.67 $ 500.00
AutoCAD Design Tech-Sr. 18 $ 23.33 $ 420.00
Field Manager 0 $ 25.00 $ -
Admin Personnel 26 $ 15.00 $ 390.00
Subtotal 100 $ 2,816.67
Direct Labor $ 32,966.67
*Estimates for the purpose of computing labor costs.
Wastewater Collection System Rehabilitation -Basins BC20-Z, LC09-Z, and LC17-Z
MAXIMUM COST
Overhead Total Labor+ Fixed Fee
Labor Cost Labor 188% Overhead 12% Total Cost
DESIGN PHASE $ 24,250 $ 45,590.00 $ 69,840 $ 2,910 $ 72,750
BIDDING PHASE $ 1,115 $ 2,096.20 $ 3,211 $ 134 $ 3,345
CONSTRUCTION PHASE $ 4,785 $ 8,995.80 $ 13,781 $ 574 $ 14,355
OTHER SERVICES $ 2,817 $ 5,295.33 $ 8,112 $ 338 $ 8,450
Direct Costs surve ,etc. : $53,154
Expenses: Rate Quantity Total
Reproduction $ 2,000
Copies- 11x17
Mileage/Misc. $ 6,000
Mail & Deliveries
Total Expenses $ 8,000
Total Direct Costs $ 61,154
Maximum Cost $ 160,054
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
CERTIFICATE OF LIABILITY INSURANCE Date: October 18,2007
TDI number required.Please refer to the
PRODUCER: Texas Dept of Insurance website: httn://www.tdi.state.tx.us/
Hub lntemational Midwest Limited
55 East Jackson Boulevard
Chicaao,IL 60604 COMPANIES AFFORDING COVERAGE TDI
Phone:312-279-4618 E-mail: Hartford Fire Insurance Co
Barbara.fritzd!bhubintemaVonal.com A 38550
Hartford Casualty Insurance Co. 38525
INSURED: B
RJN Group,Inc. C Hartford Insurance Group 38525
200 West Front Street
Wheaton IL 60187D Essex Insurance Company 101053
Phone: E-mail:
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described,for the types of insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below,
CO TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS
LTR INSURANCE NUMBER DATE DATE
A GENERAL LIABILITY 83UUNAH1317 8-01-07 8-01-08 GENERALAGGREGATE $ 2,000,000
PRODUCTS-COMP/OPAGG. $ 1,000,000
PERSONAL&ADV INJURY $ 1,000.000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE(Any one fire) $ 300,000
MED..EXPENSE(Any one person) $ 10 000
A AUTOMOBILE LIABILITY 83UENAJ1418 8-01-07 8-01-08 COMBINED SINGLE LIMIT $ 11000,000
BODILY INJURY(Per person) $
BODILY INJURY(Per accident) $
PROPERTY DAMAGE $
i
B EXCESS LIABILITY 83XHUAJ1106 8-01-07 8-01-08 EACH OCCURRENCE $10,000,000
AGGREGATE $10,000,000
G
1
C WORKERS'COMPENSATION 83WEPL1585 8-01-07 8-01-08
AND EMPLOYERS'LIABILITY EACH ACCIDENT $ 500,000
DISEASE-POLICY LIMIT $ 500,000
DISEASE-EACH EMPLOYEE $ 500,000
D PROFESSIONAL LIABILITY 08CPL00327 8-01-07 8-01-08 $1,000,000 Each Occurrence
$2,000,000 General Aggregate
BUILDERS'RISK INSURANCE OR INSTALLATION INSURANCE s50.000 Retention
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS j
Project: 2006-2007 Wastewater Collection System Rehabilitation—Basins BC20-Z LC09-Z and LC17-Z i
The City of Round Rock is named as additional Insured with respect to all policies except Workers' Compensation and Employers'
Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof,the issuing company will mail thirty(30)days written notice to the certificate holder named below.,
CERTIFICATE HOLDER: City Manager '
City of Round Rock SIGNATURE O AGENT LICENS IN STATE OF TEXAS
221 E.Main Street
Round Rock,Texas 78664
Zed Name: Barbara Fritz
Title: Associate Account Manager
Page 1
120390—9/2007
Certificate of'Liability Insurance
i